Professional Documents
Culture Documents
Epwp Nss Bid Document Final Version 2024 25
Epwp Nss Bid Document Final Version 2024 25
SBD 1
Bid Description REQUEST FOR PROPOSALS FOR PARTICIPATION IN THE EPWP NON-STATE SECTOR
PROGRAMME FROM 2024/2025 TO 2025 /2026 FINANCIAL YEARS
Bid number EPWP/NSS NPO PROGRAMME 2024/25 -2025/26
Name of institution Independent Development Trust (IDT)
The place where All IDT Regional Offices in the provinces (Eastern Cape, Free State, Gauteng, KwaZulu-Natal,
goods, works or Limpopo, Mpumalanga, Northern Cape, North West and Western Cape)
services are
required
Closing date and Date 0 5 0 6 2 0 2 4 Time 12h00 pm
time
Physical address IDT Regional Offices, see Section H: Contact People, Addresses of
Regional Offices, Compulsory Briefing Sessions venues and times on
page 32
SIGNATURE OF BIDDER……………………………………………...……………………………………………
1
SECTION B: TERMS AND CONDITIONS FOR BIDDING
2
ITEM DESCRIPTION
3
ITEM DESCRIPTION
1.13. Cancellation 1.13.1. Should the programme be cancelled by the client Department,
Costs due to financial constraints and/or other reasons, the IDT and
the Client Department shall not be liable to remunerate the
service provider for any potential loss of business and/or profit.
4
ITEM DESCRIPTION
1.14. NPO address 1.14.1. NPOs will only be considered in provinces where they have
operational offices. Proof of address (NPO’s Property
ownership, valid Lease agreement, letter from Local Councilor/
Tribal: Office or Municipal bill) not older than three months
must be attached.
1.15. IDT’s 1.15.1. IDT reserves the right to conduct a risk assessment if the
Reservation of recommended bidder is the responsive bidder and has already
Rights – start been awarded a contract.
here 1.15.2. IDT reserves the right to negotiate with the NPO where and
which participants to contract with.
1.15.3. IDT reserves the right to cancel or withdraw this request for bid
without prior notice and without furnishing any reasons
whatsoever.
1.15.4. IDT reserves the right to subject Bidders and their facilities to
assessment as part of the evaluation process or as a condition
to be appointed.
1.15.5. The IDT reserves the right to amend, modify, withdraw this Bid,
or terminate any of the procedures or requirements set out
herein at any time and from time to time, without prior notice
and without liability to compensate or reimburse any person
1.15.6. IDT reserves the right to contact the Landlord in cases where
a lease agreement is provided
1.16. Bid Document 1.16.1. The Bidder is advised to ensure that they familiarize
and Contract themselves with all the contents of the Bid documents, as
those will form the basis of the contract to be entered into. Any
contents of this document that the bidder requires clarity on
shall be brought forward before the Bid submission date
stipulated in this Bid document.
1.16.2. Note: The Bid Document must be completed using permanent
black ink.
1.16.3. The Bid document must be bound and be in a sealed
envelope.
1.16.4. All Bid documents submitted to the IDT will become the
property of the IDT and will as such not be returned to the
5
ITEM DESCRIPTION
6
SECTION C: EVALUATION METHOD
The Three-stage evaluation method will be used for the appointment of the NPOs for the EPWP NSS NPO
Programme 2024/25 – 2025/26 Financial Years.
opportunities;
c) Governance; 10
programme.
Only the NPOs that obtain a threshold of 60 points will be considered further. The NPOs, which fail to
meet a threshold of 60 points, will be eliminated at this stage.
Bidders who have passed functionality will be evaluated further on-site through due diligence site visits.
Due diligence seeks to confirm and assess the status of the NPOs and cover the following requirements:
1) Basic Office Infrastructure
2) Business plans and resources for the implementation of the programme especially the focus
areas.
7
3) Commitment to work with vulnerable groups i.e. Women, Youth and People with
Disabilities;
4) Proof of existing Project Sites
The NPOs must score a total of 80 points for due diligence to qualify for participation in the EPWP NSS
NPO Programme for the 2024/25 – 2025/26 financial years.
Only NPOs that pass due diligence evaluation will be recommended to participate in the programme.
8
SECTION D: ABOUT THE NPO
Please complete the sections required below and where applicable tick the relevant option for your
NPO registration status:
State the NPO objective(s) as they align to the EPWP Phase V Focus Areas:
9
3.3 Key staff complement
MANAGEMENT INFORMATION:
Manager
Administration officer
Financial officer
EMPLOYEE STATUS: Number of full time staff members Number of
Volunteers
Total number of volunteers and full time staff
Province
District/ Metropolitan Municipality
Local Municipality
Name of Township/Village
Ward number
Coordinates
10
ii)
Is the NPO currently funded by the EPWP? Attach list if space provided is not sufficient
Sector Year Total Value
i)
ii)
Does the NPO programme focus on inclusion of women, youth and people Yes
with No
disabilities
If yes please provide details:
Indicate how your NPO can expand from the current projects to create form partnerships with other
organisations (private and public) to create more work opportunities and maximise the impact the
EPWP Phase V:
11
3.9 Sustainability
Does the NPO network with other institutions in the sector? If yes, please substantiate.
Name of Institution Nature of support received
i)
ii)
iii)
Is the NPO able to market the services rendered/products produced? Provide details
What is the potential of the NPO to grow over the next two years: Please elaborate.
Is the NPO financially viable? If so, how does the NPO generate its funding?
DECLARATION:
of……….……………….……(month) of 2024.
12
SECTION E: TERMS OF REFERENCE
4. PROGRAMME BACKGROUND
The Expanded Public Works Programme (EPWP) was introduced in 2004 as one of the measures
to reduce the negative impacts of high and persistent levels of unemployment. The programme aims
to provide the unemployed with an opportunity to work and an avenue to contribute towards the
development of communities and ultimately the country.
To achieve this the Department of Public Works and Infrastructure (DPWI) appointed the
Independent Development Trust (IDT) as the implementing agent for EPWP Non-State Sector Non
Profit Organisations (NPO) programme. The EPWP NSS NPO programme phase IV is a continuation
of the EPWP phase I which commenced in 2004 aimed at enlisting unemployed people in meaningful
work. The programme is currently in year one of Phase V. The programme is implemented through
the establishment of partnerships with Non-Profit Organisations (NPOs).
The purpose of these terms of reference is to guide the NPOs in all the provinces of South Africa
towards bidding for appointment to create work opportunities for the unemployed people as part
of the EPWP Phase V Non- State Sector (NSS) NPO Programme Year 1 and Year 2 of Phase
of V (2024/25 - 2025/26 financial years).
“To provide the unemployed poor with meaningful work opportunities through the delivery of
community assets and services, and actively build economic inclusion mechanisms that
empower sustainable livelihood and contribute to the country’s development agenda”
4.2 NPO SERVICES 4.2.1 The NPO will be expected to perform the following services:
4.2.2 Recruitment of participants.
4.2.3 Contracting with participants. Fully signed copies of
contracts must be submitted to the regional offices of the
Independent Development Trust (IDT).
4.2.4 Ensure participants submit ORIGINAL certified copies of
Identity Documents and bank letters. Certified copies of
13
participants’ ID must not be older than 6 months while bank
letters must not be older than 3 months (Not copies of
certified copies).
4.2.5 Collect specimen signatures for all participants using the
Participants’ Verification List template provided by the
Independent Development Trust.
4.2.6 Assign work to participants for the duration of their contract
with NPOs.
4.2.7 Administer the attendance register(s) for all the sites for
which the NPO is responsible.
4.2.8 Verify the attendance register(s) to ascertain correctness of
the days worked, ensure all participants initialed and signed
the attendance register. Submit correct attendance registers
to the regional office of the IDT.
4.2.9 Ensure the total amount that is calculated using the
attendance register for the days worked by participants for a
specific month tallies with the amount for wages on the
invoice the NPO submits to the IDT for that specific month.
4.2.10 Submit reports on IDT prescribed templates monthly as per
agreed scheduled dates.
4.2.11 Replace participants who resign from the programme.
Submit fully signed contracts, certified ID copies and bank
letters for replacement participants to the IDT regional office
monthly.
4.2.12 Submit the following within a week of the project start date:
4.2.12.1 The Participants’ Verification List with the participants’
specimen signatures;
4.2.12.2 Copies of the contracts of the participants;
4.2.12.3 Original certified ID copies of the participants;
4.2.12.4 Copies of the participants’ bank letters.
4.2.12.5 The sequence of the contracts certified ID copies and Bank
Letters of the participants in 4.3.12 .1 – 4.3.12.4 above must
follow the sequence of the participants in the Participants
Verification List in 4.3.12.1 above.
4.2.13 Submit on monthly basis Participants Verification List,
contracts, certified ID copies and Bank Letters of the
14
participants who replaced those who resigned / terminated /
deceased as part of the monthly report.
4.4 PAYMENT OF THE 4.4.1 Signed and objectively verifiable Project Implementation
PARTICIPANTS Plan. The Project Implementation Plan must show the work
packages or activities the NPO set aside for
implementation by EPWP participants. The NPO must also
indicate the proposed number of work opportunities that
will be assigned to each work package or activity.
4.4.2 Creation of allocated work opportunities as per the Service
Level Agreement (SLA);
4.4.3 Appointment and supervision of participants by ensuring
that contracts, valid certified ID copies, attendance
registers and all relevant reporting templates provided for
by the IDT are duly completed and submitted to the
relevant Regional Office as per the schedule.
4.4.4 Monthly reports as per the schedule.
4.4.5 Valid, accurate and correct invoices submitted to the IDT
for all the work which was completed in a particular month.
4.4.6 Monthly UIF payment to the Department of Employment and
Labour covering all participants who are contracted to the
NPO.
4.5 PAYMENT OF THE 4.5.1 The NPOs must pay the wages of the participants through
PARTICIPANTS their bank accounts within three days of receiving the funds
from the IDT.
4.6 DISHONESTY 4.6.1 Dishonesty in any form will not be tolerated. The NPOs that
can be found to have been dishonest will be terminated with
immediate effect.
4.7 HUMAN CAPITAL 4.7.1 The NPOs are required to provide a minimum of three people
to manage the implementation of the programme namely the
Manager, Administration Officer and the Financial Officer.
4.8 IMPLEMTANTION 4.8.1 The IDT supports the proposed projects of the NPOs through
PLAN the EPWP NSS NPO Programme. It is therefore important to
fully complete the Implementation Plan template attached on
the bid document for each selected project activities that the
NPO is implementing.
15
5. NPO PROPOSAL GUIDE
The EPWP Phase 5 Non-State Sector NPO Programme is comprised of the following projects
that NPOs are advised to select. NPOs are advised to select and bid for focus areas that they
are competent to deliver utilizing their own resources:
16
5.1 CLEANING AND MAINTENANCE OF PUBLIC FACILITIES
Some Government Social Infrastructure and other public facilities such as government offices, schools,
clinics, parks, sports fields, cemeteries and other facilities are found to be in a poor state of
maintenance. The government-owned buildings are found to be in poor condition. The majority of the
buildings are those that are used by the Department of Defense, Police, Health, Correctional Services,
Department of Justice and other departments. Commonly, those buildings have maintenance plans but
remain unfunded as such, this results in the dilapidation of the portfolio in the country.
Existing partnerships so far include the South African Police Services (SAPS) Western Cape, and the
Department of Correctional Services (DCS) national. However, NPOs can identify any government
building and conduct the necessary due diligence and preparation for placement into the programme.
The IDT proposed the Programme of Preservation and Maintenance of Government and Public
Facilities support entails applying the principles of EPWP to recruit and place beneficiaries in the
programme to maintain government and public facilities. Key objectives of the programme:
17
To create work opportunities through the cleaning and maintaining government and public buildings
targeting mainly women and youths with different skill levels.
To use government and public facilities (schools, hospitals, government buildings etc.) as
catalysts for artisanal development in such areas as landscaping, land management &
preservation, electrical, plumbing, boiler makers, building, plastering, and painting.
Tender Requirements:
• Identification of suitable government and public facilities that require maintenance in consultation
with the Local Municipality and or relevant institution.
• Provide details of the identified sites and the extent/size of the site(s) in hacters
• Obtain permission to work in the facility with the relevant department or institution.
• Define the nature of work that the NPO will be doing in the targeted facility(ies)
• Indicate the total number of targeted work opportunities to be created in the project/s.
NB: Among the success factors is the identification of sites and obtaining permission to
implement.
NB: Government and public facilities where there are maintenance plans. In the absence of that,
NPOs shall develop a high-level maintenance plan signed by the designated personnel in the
targeted public office.
Name of the Project location Scope of work / Number and Total number of
Department/ (Province, activities/nature of extent of targeted targeted work
Municipality/ municipalities work to be done site/buildings opportunities
Facility and the ward) targeted (attach
permission to
use)
18
5.2 CLEANING, BEAUTIFICATION OF PUBLIC AND OPEN SPACES
The project entails the identification of the public places that need bush clearing, beautification and
landscaping among others.
The objective: is to create work opportunities through the cleaning and beautification of the public and
open spaces through bush clearing and landscaping among others.
Tender Requirements:
The requirements for participation in the IDT Cleaning, Rehabilitation & Waste Recycling Programme
shall cover the following:
Identification of the public places that require cleaning and rehabilitation (Municipality,
towns/townships and ward no)
Obtain permission/partnership with the affected Municipalities and/or departments
Describe the scope and the activities and the size of the area/s where the NPO will be working.
Number of Work Opportunities to be created in the project.
NB: The ability to provide details of the identified site and the permission to work on, are the
critical success factors.
Project Location Metro / District / Scope of work / The extent of Total number of
(Province) Municipalities and the activities/nature targeted road in targeted work
ward of work to be KMs (attach opportunities
done permission)
19
5.3 ROAD MAINTENANCE - CLEANING OF STORMWATER CHANNELS, KERB
CLEANING, PORTHOLES, GRASS CUTTING
The aim of this focus area to create work opportunities through contracting NPOs that will recruit
participants to be involved in the maintenance of roads and fixing of potholes. Implementation of the
Road Maintenance and fixing of potholes will require extra equipment and the NPO interested in the
project will have to prove capacity and partnerships such as the municipality and the Department of
Roads and Transport that is responsible for the service. NPOs are advised to select and bid for focus
areas that they are competent to deliver utilizing their own resources: (IDT Funds are meant for
participants stipends only)
Road maintenance project will include the cleaning of storm water channels, Kerb cleaning grass and
weed cutting,
Tender Requirements:
NB: identified sites/roads and the permission to work in the area will be the determining success
factor.
Project Name and road Scope of work / The extent Prove capacity Total number
location number activities/nature of targeted to deliver the of targeted
(Province, (Municipal/Regional of work to be road in KMs project work
municipalities /National road) and done (attach (applicable to opportunities
and the ward) the extent permission) potholes fixing
only)
20
5.4 WASTE MANAGEMENT PROJECTS – RECYCLING & WASTE PROCESSING
Littering and Illegal dumping contribute to serious land pollution, ocean pollution and air pollution thus
resulting in some serious environmental consequences for humans and animals on land and water as
the majority of litter finds itself in the seas.
The main objective of the IDT proposed Environmental Cleaning Programme is to create work
opportunities and a clean environment that seeks to contribute to a conducive environment for
investments and economic development. The specific objectives of the programme shall include:
To create work opportunities in the process of managing and processing waste.
To contribute to maintaining clean towns, public areas and settlement areas in the country;
To support the creation of enterprises in the recycling of materials and waste.
The scope and requirements for the IDT Cleaning and Rehabilitation & Waste Recycling Programme
shall cover the following:
Identification of the hotspots which are public places that require cleaning and rehabilitation (towns,
townships, informal settlements, beaches, harbours, illegal dumping, and cemeteries etc.
Indicate the municipality and Ward number where the project is located.
Obtain permission/partnership with the affected Municipalities and/or departments (Primary
departments are the Department of Forestry, Fisheries and Environment (DFFE), Dept of Water
and Sanitation (DWS)) for environment and water projects;
Describe the scope and the activities (collection or sorting or recycling or all)
Determine and indicate the number of the identified sites and the extent (in weight of waste and/or
ha/km of targeted land).
Number of Work Opportunities to be created in the project of cleaning and collection of waste
materials in collaboration with the affected municipalities;
NB: The ability to provide details of the identified site and the permission to work on it remains
a critical success factor.
21
Project Name and nature of the Scope of work / Number and Total number
location targeted place where activities/nature the extent of of targeted
(Province, the project will be of work to be targeted work
municipalities implemented (attach done sites/project opportunities
and the ward) permission).
The programmes entail mobilizing NPOs to place participants to roll out activities that contribute towards
reducing or countering the effects of energy crises in the country due to load-shedding.
Tender Requirements:
22
Project location Name/s of school/s and Scope of Total number of
(Province, municipalities /road interceptions work/activities targeted work
and the ward) /sites to be worked /nature of work to opportunities
(provide permission to be done
work from the
municipality)
The project of Arts and Crafts targets mainly to create work opportunities for People with Disability and
Enterprise development support. The NPO will recruit and report on the work opportunities created in
the targeted Arts and Craft projects.
Tender Requirements:
Provide details of the place where the project is located (province, municipality and ward)
The NPO describes the nature of activities to be implemented in the project.
Indicate the volume and quantities that are produced per day/ week/month.
The market where products are sold (if applicable)
Number of work opportunities to be created in the projects.
23
5.7 FOOD SECURITY AND FARMING SUPPORT PROGRAMME
The programme aims to recruit NPOs who will place participants in the communal farming projects
(school gardens, land restitution farms, in government / public facilities etc. to support them and build
their capacities to sustain their projects while participants gain experience and skills for their
development. Over and above the land that NPOs can identify for the programme, IDT has a contract
with DCS to recruit and place their beneficiaries in the EPWP NSS to work in the DCS farming projects
in all provinces.
Tender Requirements:
NPOs to identify suitable projects to be placed in the program. The NPO must prove that
the owners of the project have the necessary implements since the programme can only
provide labour through the NSS beneficiaries.
Obtain permission from the facility managers (HOD’s School Principals, Directors etc.)
Details of the identified land, ownership, the extent (Ha) and location.
Describe the type of activities or scope of work that NPOs will be doing in the project.
Indicate the number of work opportunities to be created and placed in the selected
qualifying farming projects.
Note:
a) The NPO must produce proof of permission from the relevant authority to work on the
identified land.
b) Confirmation that the project can provide the applicable implements.
24
Project location Name of the Scope of Extent of Total number
(Province, farm/school public work/activities the land of targeted
municipalities and the facility where the /nature of work to (ha) work
ward) farm project is be done and the opportunities
located (Provide produce
permission to work
from the authority)
25
5.8 GENDER-BASED VIOLENCE AND FEMICIDE
The objective is to support NPOs that implement projects that support and empower victims of
Gender-based Violence and child abuse.
Tender Requirements:
NB: Prove of some partnership with the relevant authority (SAPS, Clinics, DSD etc.)
26
SECTION F: TECHNICAL EVALUATION
c) Governance; 10
the programme.
Only the NPOs which obtain a threshold of 60 points will be considered further. The NPOs which fail
to meet a threshold of 60 points will be eliminated at this stage.
27
FUNCTIONALITY EVALUATION SCORECARD
EVALUATION CRITERIA SCORE
a) Readiness of the NPO to - Confirmation of projected site allocation (signed
implement the EPWP new permission letter from relevant authority / public 20
focus areas- (40). facilities / municipality / schools)
- Copy of a formal proof of the NPO office address. 5
- Fully completed Plan that is aligned to the 15
identified or selected focus areas (item 6.1 to
6.8) and for which there is permission to
implement
b) Capacity of the NPO to - CVs and Qualifications of the management 20
28
impact and
improvement of the
programme (10).
All NPOs that achieve a score of 60 shall be considered for due diligence evaluation.
29
SECTION G: DUE DILIGENCE / SITE INSPECTION
Bidders who have passed functionality will be evaluated further on-site through due diligence site visits.
Due diligence seeks to confirm and assess the status of the NPOs and cover the following requirements:
a. Basic Office Infrastructure
b. Business plans and resources for the implementation of the programme especially the focus
areas.
c. Commitment to work with vulnerable groups i.e. Women, Youth and People with
Disabilities;
The NPOs must score a total of 10 points for due diligence to qualify for participation in the EPWP NSS
NPO Programme for the 2024/2025 financial year.
Only NPOs which pass due diligence evaluation will be recommended to participate in the programme.
(10 points)
(5 points)
(0 points)
30
Confirmation of Manager / Finance Officer and
Human
Resource (30) Administrator as submitted CVs
required) (30)
Total score
Bidders are required to achieve a total of 80 points against 100 points to participate in the
EPWP NSS NPO Programme for 2024/25 and 2025/26 financial years.
31
SECTION H: CONTACT PEOPLE, ADDRESSES OF REGIONAL OFFICES,
COMPULSORY BRIEFING SESSIONS VENUES AND TIMES
32
9. COMPULSORY BRIEFING SESSIONS
Compulsory Briefing Sessions will take place in the regions according to the following table:
CONTACT
PROVINCE BRIEFING SESSION VENUES DATES AND TIMES
PERSON
(012) 845 2000/082 577 7062
Gauteng Nceba Njongwe Venue: Midrand Conference
Center, 661 Pendulum road 16 May 2024@ 10h00
halfway house Ext 12. Midrand.
(043) 711 6000 / 067 805 6210
Cambridge Town Hall, 110 Queen
Street, Cambridge, East London, 15 May 2024 @10h00
5247
Eastern 15, Bells Road, Komani, 5320
Lizo Mhlontlo 16 May 2024@ 10h00
Cape (Opposite Nonesi Shopping Mall)
Old Government Printers
Building, 5 Textile Road,
17 May 2024@ 10h00
Southernwood, Mthatha, Eastern
Cape, 5099
061 459 0618
Xhariep District Municipality 13th May 2024
Offices (Venues TBC) @10h00
Lejweleputswa District
14th May 2024 @
Municipality Offices (Venues 10h00
TBC)
Tsholofelo Thabo Mofutsanyane District
Free State 15th May 2024 @
Thulare Municipality Offices (Venues 10h00
TBC)
Department of Public Works and
Infrastructure, Ground Floor, 18
President Brand Street, 16th May 2024 @
Bloemfontein Central, 10h00
Bloemfontein, 9301 (Manguang
Metropolitan Municipality)
(031) 369 7400/082 927 9660
22 Dorothy Nyembe, 4th Floor.
The Marine Building, Durban,
4001
Peace Initiative Hall; 2 Centenary
13 May 2024 @10h00
KwaZulu- Babhekile Road , Ixopo 3276
Natal Mngoma Conference Venue KZN Public
Works, 455 Jan Smuts Highway, 14 May 2024 @ 10h00
Mayville , Durban 400
Lister Clarence Building , 221
Murchison Street, Ladysmith 15 May 2024 @ 10h00
3370
33
Empangeni Civic Centre,
Commercial Union Street, 16 May 2024@ 10h00
Empangeni 3880
34
Cape Town Metropolitan
Municipality: Independent
Development Trust, 14th Floor,
Customs House Heerengracht
Street, Foreshore, Cape Town,
8001
Overberg District Municipality
(DM): District Municipality offices 14 May 2024 @ 10h00
Western ( 26 Long Street, Bredasdorp)
Cape Garden Route : DM offices ( 54
York Street, Dormels Drift 15 May 2024 @10h00
George )
Central Karoo: DM Offices ( 63
16 May 2024@ 10h00
Donkin Street, Beaufort West)
Cape Winelands : DM offices (46
17 May 2024@ 10h00
Alexander Street Stellenbosch)
West Coast : D M offices (58
20 May 2024 @ 10h00
Long Street, Moreesburg)
35
SECTION I: RETURNABLE DOCUMENTS / SUBMISSION
CHECKLIST
Returnable documents MUST be submitted together with the bid document. Failure to
submit any of the Compulsory Requirements will result in the automatic elimination of the
NPO.
36
SBD 4
BIDDER’S DISCLOSURE
1 PURPOSE OF THE FORM
Any person (natural or juristic) may make an offer or offers in terms of this invitation to
bid. In line with the principles of transparency, accountability, impartiality, and ethics
as enshrined in the Constitution of the Republic of South Africa and further expressed
in various pieces of legislation, it is required for the bidder to make this declaration in
respect of the details required hereunder.
Where a person/s are listed in the Register for Tender Defaulters and / or the List of
Restricted Suppliers, that person will automatically be disqualified from the bid
process.
2 Bidder’s declaration
2.1 Is the bidder, or any of its directors / trustees / shareholders / members / partners or
any person having a controlling interest1in the enterprise, employed by the state?
YES/NO
2.1.1 If so, furnish particulars of the names, individual identity numbers, and, if applicable,
state employee numbers of sole proprietor/ directors / trustees / shareholders /
members/ partners or any person having a controlling interest in the enterprise, in table
below.
2.2Do you, or any person connected with the bidder, have a relationship with any person who
is employed by the procuring institution? YES/NO
1 the power, by one person or a group of persons holding the majority of the equity of an enterprise,
alternatively, the person/s having the deciding vote or power to influence or to direct the course and
decisions of the NPO.
37
2.2.1 If so, furnish particulars:
……………………………………………………………………………………
……………………………………………………………………………………
2.3 Does the bidder or any of its directors / trustees / shareholders / members / partners
or any person having a controlling interest in the enterprise have any interest in any
other related enterprise whether or not they are bidding for this contract? YES/NO
…………………………………………………………………………….
3 DECLARATION
3.2 I understand that the accompanying bid will be disqualified if this disclosure is found
not to be true and complete in every respect;
3.3 The bidder has arrived at the accompanying bid independently from, and without
consultation, communication, agreement or arrangement with any competitor.
However, communication between partners in a joint venture or consortium2 will not
be construed as collusive bidding.
3.4 The terms of the accompanying bid have not been, and will not be, disclosed by the
bidder, directly or indirectly, to any competitor, prior to the date and time of the official
bid opening or of the awarding of the contract.
2 Joint venture or Consortium means an association of persons for the purpose of combining their
expertise, property, capital, efforts, skill and knowledge in an activity for the execution of a contract.
38
3.5 There have been no consultations, communications, agreements or arrangements
made by the bidder with any official of the procuring institution in relation to this
procurement process prior to and during the bidding process except to provide
clarification on the bid submitted where so required by the institution; and the bidder
was not involved in the drafting of the specifications or terms of reference for this bid.
3.6 I am aware that, in addition and without prejudice to any other remedy provided to
combat any restrictive practices related to bids and contracts, bids that are suspicious
will be reported to the Competition Commission for investigation and possible
imposition of administrative penalties in terms of section 59 of the Competition Act No
89 of 1998 and or may be reported to the National Prosecuting Authority (NPA) for
criminal investigation and or may be restricted from conducting business with the public
sector for a period not exceeding ten (10) years in terms of the Prevention and
Combating of Corrupt Activities Act No 12 of 2004 or any other applicable legislation.
……………………………… ..……………………………………………
Signature Date
……………………………… ………………………………………………
Position Name of bidd
39
ANNEXURE 1: AUTHORITY TO SIGN THE BID DOCUMENT
A. COMPANIES
If a Bidder is a company, a certified copy of the resolution by the board of directors,
personally signed by the chairperson of the board, authorizing the person who signs this bid
to do so, as well as to sign any contract resulting from this bid and any other documents and
correspondence in connection with this bid and/or contract on behalf of the company must
be submitted with this bid, that is before the closing time and date of the bid
Mr./Mrs./Ms……………………………………………………………………………………(whose
signature appears below) has been duly authorized to sign all documents in connection with
this bid on behalf of
...............................................................................................................................................
(PRINT NAME)
WITNESSES: 1...................................................
2..................................................
40
ANNEXURE 2: SIGNED PERMISSION TO IMPLEMENT ON THE IDENTIFIED SITE
The Department of Public Works and Infrastructure (DPWI) through the Independent Development
Trust (IDT) implements the EPWP Phase 5. The EPWP Phase 5 is comprised of focus areas that call
for integrated development and partnerships through potential bidders and the key stakeholders (i.e.
delegated accounting officer, tribal authority).
The aim is to ensure that EPWP NSS is to create work opportunities through
This form seeks to assist the potential bidder to obtain the necessary permission to implement on the
identified site from the custodians, owners or users of the facility.
Sign ………………………………………..
Designation ………………………………..
Contact details …………………………….
41